Intent to Award Sole/Single Source - Transceiver for SkyVision Test Site
ID: IASS-AFRL-PZLEQ-2025-0009Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AFMC AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, EXCEPT AIRBORNE (5820)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for a transceiver to support operations at the SkyVision Test Site located at Springfield-Beckley Airport in Ohio. The procurement aims to acquire a software-defined transceiver capable of VHF and UHF AM and FM voice channels, which is critical for ensuring safe communication between air assets and local air traffic, adhering to military and civilian standards. This equipment is essential for maintaining effective air traffic communication and compliance with federal regulations set by the Department of the Air Force, FCC, and FAA. Interested vendors may submit capability statements or exceptions to the sole source intent by April 7, 2025, to Mr. Jason Sav at jason.sav@us.af.mil, ensuring that all correspondence includes the specified subject line to avoid email filtering issues.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 4:05 PM UTC
Apr 1, 2025, 4:05 PM UTC
The Minimum Requirements Document outlines the specifications for a transceiver needed at the AFRL SkyVision Test Site located at Springfield-Beckley Airport, OH. This communication system is essential for ensuring safe operations and situational awareness between air assets and local air traffic, complying with military and civilian aircraft communication needs. It mandates a software-defined transceiver capable of both VHF and UHF AM and FM voice channels, adhering to specific channel spacing requirements and power output regulations. Key features include a dual-channel remote control unit, VoIP gateway capability for operation over IP networks, and the installation of the radio system into both a mobile ground-based vehicle and the airport tower. Additionally, the transceiver and associated antennas must meet stringent EMI and EMC requirements as per MIL-STD-461G. The document emphasizes the need for spectrum clearance and authorization, making it crucial for maintaining effective air traffic communication in compliance with federal standards set by the Department of the Air Force, FCC, and FAA. This document serves as a foundational request for proposals relevant to government contracts in defense and technology sectors.
Apr 1, 2025, 4:05 PM UTC
The Springfield Control Tower file outlines key aspects of the control tower's infrastructure and equipment. It highlights the geography of the tower's floors, specifying that the Tower Cab on the 6th floor serves as the primary operational area, while the Equipment Room on the 4th floor contains a secondary URC-300 rack. Notably, it mentions the deployment of a plywood-mounted exercise kit in the Tower Cab, scheduled for removal by the end of March. Additionally, the file briefly references the SkyVision Vehicle and its Comm Rack, emphasizing that part of the space remains unused. The document serves as a logistical overview for the management and operational setup at the Springfield Control Tower, likely intended for internal review or to facilitate response to requests for proposals (RFPs) concerning equipment and facility management.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
USAFA - CX300 COMMUNICATION SERVICE MONITORS WITH ADAPTATIONS
Buyer not available
The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a sole source contract for the procurement of CX300 Communications Service Monitors and associated accessories. The requirement includes two CX300 monitors, software unlocks, calibration kits, hard transit cases, and maintenance kits, all essential for maintaining communication systems at the Academy. This procurement is justified under FAR Subpart 13.106-1(b) due to the unique capabilities of a single vendor to meet the stringent quality requirements. Interested vendors must submit their capability statements by April 16, 2025, at 2:00 PM to the designated contacts, Ryan Dague and Kristin Heikkila, via email.
AFRL/DO Ground Radar System for SkyVision Test Site
Buyer not available
The Department of Defense, through the Air Force Research Laboratory (AFRL), is seeking proposals for a ground radar system to enhance airspace situational awareness at the SkyVision Test Site in Springfield, Ohio. The procurement aims to address coverage gaps in the FAA surveillance network, particularly for low-altitude operations critical to Advanced Air Mobility (AAM), including Uncrewed Aircraft Systems (UAS) and eVTOL aircraft. The required system must provide 3-D positioning, a detection range of approximately 40 km, and remote operability, while ensuring compliance with FAA regulations and maintaining low failure rates. Interested vendors should submit their quotes by May 2, 2025, to Jason Sav at jason.sav@us.af.mil, with delivery expected within 12 months post-award.
Baseband Backhaul
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information through a Request for Information (RFI) to identify sources capable of providing a high-capacity, reliable baseband backhaul communications system. This system is intended to enhance communication capabilities for Tactical Air Control Party (TACP) forces, addressing critical shortfalls in bandwidth, mobility, and security necessary for operations in contested environments. The desired solution must integrate commercial and military satellite communications, alongside 4G LTE/5G cellular and WiFi networks, while meeting specific operational thresholds for network speed, interoperability, and security compliance with military standards. Interested vendors are encouraged to submit detailed capabilities, product specifications, potential costs, and compliance with industry regulations by April 25, 2025. For further inquiries, respondents may contact Jared Rush at jared.rush@us.af.mil or Anthony Walker at anthony.walker.42@us.af.mil.
RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of receiver-transmitter equipment under a federal contract. The primary objective of this procurement is to ensure the repair and maintenance of communication equipment, which is critical for operational readiness and national defense. The contract stipulates specific delivery requirements, including asset return and acceptance timelines, and emphasizes the importance of compliance with quality standards and reporting procedures. Interested vendors can reach out to Erin M. Boran at 215-697-2782 or via email at ERIN.M.BORAN.CIV@US.NAVY.MIL for further details, with the expectation that all contractual obligations will be fulfilled within a year from the award date.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the upgrade of the Command and Control Dispatch System at the Colorado Springs Regional Command Post located at Peterson Space Force Base, Colorado. This procurement involves acquiring both hardware and software to implement Unify OpenScape, which is essential for meeting operational requirements. The sole source justification is based on the unique qualifications and proprietary technology of the selected supplier, ensuring compatibility with existing systems. Interested parties can reach out to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details regarding this opportunity.
58--RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of receiver-transmitter equipment under the NAICS code 334220. The contract aims to fulfill specific requirements related to item unique identification and valuation, with a delivery timeline set for 375 days post-award. This equipment is crucial for airborne radio and television communication, supporting national defense and emergency preparedness initiatives. Interested vendors can reach out to Shawn Frank at 215-737-3794 or via email at SHAWN.FRANK@DLA.MIL for further details regarding the solicitation process.
RECEIVER,RADIO; Qty: 2
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure two radio receivers specifically for use in the P-8 aircraft. This procurement is a sole-source requirement, as the Government does not possess the necessary data to engage alternative suppliers, making Undersea Sensor Systems, Inc. the only approved source for this item. The contract is expected to last for one year, with a projected award date of May 30, 2025, and interested parties may submit capability statements within 15 days of this notice. For further inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at marisa.tetkowski@navy.mil.
TRANSMITTER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of transmitters. This solicitation is issued under emergency acquisition flexibility and requires compliance with various quality and certification standards, including the Buy American Act and Equal Opportunity provisions. The transmitters are critical for flight instruments, which play a vital role in navigation and guidance systems for military operations. Interested vendors should contact Canon Chhoun at 215-737-6826 or via email at CANON.CHHOUN@DLA.MIL for further details, noting that the solicitation deadline has been extended by 30 days and no drawings are available for this request.
Deployable Communications Package (DCP)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the Deployable Communications Package (DCP), an integrated communications and command/control system. This system is required to support simultaneous multiband voice and data communications, high-frequency radio capabilities, and the provision of full-motion video (FMV) for tactical air control operations, which are critical for planning and executing joint Close Air Support (CAS) and Air Interdiction missions. Interested parties are encouraged to submit their qualifications, capabilities, and product specifications by May 1, 2025, to the designated contacts, Jared Rush and Connor Haseley, via email. This RFI serves as a market research tool and does not constitute a binding procurement commitment from the government.
RECEIVER,RADIO
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of radio receivers, specifically under the NAICS code 334220, which pertains to Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The procurement emphasizes the need for newly manufactured spares that comply with FAA certification requirements, as refurbished or remanufactured items will not be accepted. These radio receivers are critical for airborne communication systems, ensuring operational readiness and safety in defense operations. Interested vendors must submit their proposals, including any necessary documentation regarding their status as government-approved suppliers, to Antonio Fiocca at antonio.fiocca@dla.mil by the specified deadline, with further details available in the solicitation notice.